Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2003 FBO #0517
MODIFICATION

Y -- Highway Construction MT PRA-GLAC 10(17) & 10(18), GOING TO THE SUN ROAD WALL REPAIR, PHASE III AND PHASE IV

Notice Date
4/28/2003
 
Notice Type
Modification
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Western Federal Lands Highway Division, 610 East Fifth Street, Vancouver, WA, 98661-3801
 
ZIP Code
98661-3801
 
Solicitation Number
DTFH70-03-B-00003
 
Response Due
6/20/2002
 
Point of Contact
Contracts Office, Western Federal Lands Highway Division, Phone (360)619-7520, Fax (360)619-7932,
 
E-Mail Address
contracts@wfl.fha.dot.gov
 
Description
MT PRA-GLAC 10(17) & 10(18), GOING TO THE SUN WALL REPAIR, PHASE III & PHASE IV, Glacier National Park, Flathead County, Montana. By issue of this modification, we amend the synopsis to show that the project will be bid with a Base plus four options (Base, Opt A, Opt B, Opt C, Opt D) instead of two schedules. The original notice was posted October 28, 2002. Work consists of 1 km of grading, drainage, base, paving, and walls. The project includes construction survey & staking; contractor sampling & testing; contractor quality control; construction schedules; silt fence: 352 m (Base), 83 m (Opt A), 235 m (Opt B), 69 m (Opt C); sandbags: 95 ea (Opt B); watering for dust control: 2,500 cu m (Base), 1,530 cu m (Opt A), 2,050 cu m (Opt B), 1,960 cu m (Opt C); removal of the following: asphalt curb: 7 m (Opt B); pipe culvert: 1 ea (Base), 2 ea (Opt B); temporary steel beam support system: 1 ea (Opt A); concrete barrier: 118 m (Base), 15 m (Opt A); concrete barrier guardwall: 6 m (Opt B); wooden guardrail: 60 m (Base), 29 m (Opt A); stone masonry guardwall: 130 m (Base), 43 m (Opt A), 28 m (Opt B), 19 m (Opt C); stone masonry on retaining wall: 196 sq m (Base), 27 sq m (Opt A), 44 sq m (Opt B), 23 sq m (Opt C); asphalt pavement 958 sq m (Base), 39 sq m (Opt A), 822 sq m (Opt B), 106 sq m (Opt C); Concrete paved waterway: 54 sq m (Base); MSE wall: 14 sq m (Base). Roadway excavation: 174 cu m (Base), 201 cu m (Opt B), 21 cu m (Opt C); subexcavation: 109 cu m (Opt B); select borrow: 228 t (Opt B); boulders: 7 ea (Base), 7 ea (Opt B); earthwork geotextiles: 153 sq m (Opt B); structure excavation: 107 cu m (Base), 131 cu m (Opt C); structural backfill: 32 cu m (Base), 124 cu m (Opt B), 103 cu m (Opt C); riprap: 12 t (Base); special rock embankment: 3 t (Opt C); permanent ground anchors: 13 ea (Opt A); 16 ea (Opt B); 39 ea (Opt C); reinforced concrete retaining walls: 46 cu m (Opt B), 32 cu m (Opt C); shoring trench type retaining wall: 14 cu m (Opt C); minor crushed aggregate: 384 t (Base), 16 t (Opt A), 380 t (Opt B), 49 t (Opt C); minor hot asphalt concrete: 180 t (Base), 10 t (Opt A), 145 t (Opt B), 19 t (Opt C); structural concrete color finish: 7 sq m (Base), 4 sq m (Opt A); concrete coloring agent: 255 kg (Base), 13 kg (Opt A), 10 kg (Opt B); soldier piles: 99 m (Opt B); Untreated structural timber: 184 cu m (Opt B); wire reinforced shotcrete: 9 sq m (Opt A), 3 sq m (Opt B); micropile: 49 m (Opt A), 300 m (Opt B), 20 m (Opt C); minor concrete structures: 35 cu m (Base), 22 cu m (Opt A), 1 cu m (Opt B); 450 mm culvert: 8.5 m (Opt B); 450 mm downdrain: 10 m (Opt B), 7 m (Opt B), 1 m (Opt C); 450 mm elbow: 1 ea (Opt B); 650 mm culvert: 10 m (Base); end section: 1 ea (Base); concrete catch basin: 1 ea (Opt B); geocomposite sheet drain system: 66 sq m (Opt B), 35 sq m (Opt C); collector pipe: 34 m (Opt B), 35 m (Opt C); outlet pipe: 8 m (Opt B), 6 m (Opt C); cleaning culverts in place: 1 ea (Base), 1 ea (Opt A); stone curb: 7 m (Opt B); concrete gutter: 203 m (Base); removable guardrail: 269 m (Base), 29 m (Opt A); rubble masonry: 1 cu m (Base), 2 cu m (Opt A), 3 cu m (Opt B), 1 cu m (Opt C); stone masonry guardwall: 10 m (Base), 58 m (Opt A), 21 m (Opt B), 18 m (Opt C); stone masonry wall veneer: 233 sq m (Base), 21 sq m (Opt A), 78 sq m (Opt B), 63 sq m (Opt C); repointing stone masonry wall: 63 sq m (Base), 33 sq m (Opt B), 900 sq m (Opt D); remove & reset stone masonry 25 sq m (Base), 3 sq m (Opt B); topsoil: 26 sq m (Opt B); remove & reset sign: 1 ea, (Base); snowpole holder: 3 ea (Opt A); permanent pavement markings: 1,560 m (Base), 684 m (Opt A), 1,520 m (Opt B), 484 m (Opt C); signal system: 1 ea (Opt B); traffic & safety supervisor: 75 days (Base), 30 days (Opt A); 36 days (Opt B), 25 days (Opt C), 60 days (Opt D); flagger hrs: 4,250 (Base), 1,030 (Opt A), 4,270 (Opt B), 1,050 (Opt C), 1,000 (Opt D); pilot car hrs: 1,340 (Base), 1,340 (Opt B), 40 (Opt C); pumped grout: 18 cu m (Opt B), 10 cu m (Opt C); drilled holes: 101 m (Opt B), 40 m (Opt C); Repair of existing structures, 1 ea (Base); rock dowels, 24 m (Opt C); and other smaller items of work. Project is located approximately 60 km northeast of Columbia Falls, Montana. Work shall be completed by November 19, 2004 (Base), September 17, 2005 (Opt A), September 17, 2005 (Opt B), September 17, 2005 (Opt C), September 17, 2005 (Opt D). Estimated price range is between $5,000,000 and $10,000,000. Note that the Going to the Sun Road at this project site is still closed for the season. Access to the project site must be obtained by calling the Park Information/Dispatcher Center at 406-888-7801. Park personnel will then arrange for access to the project sites. The earliest date for viewing the project sites shall be June 15, 2003. Trips to the project site should be arranged with the Park. WHEN SOLICITATION DOCUMENTS ARE ISSUED, THE INVITATION FOR BID (SPECIFICATIONS) AND BIDDER?S PACKET WILL BE IN ELECTRONIC FORMAT ONLY AT THE ABOVE SITE. PENDING FINALIZATION OF DETAILS TO MAKE PLANS AVAILABLE ELECTRONICALLY, FINAL PLANS WILL ONLY BE AVAILABLE IN PAPER FORMAT. REQUEST PLANS BY E-MAIL TO contracts@wfl.fha.dot.gov, OR BY FAX TO (360)619-7932. The following applies only to Minority, Women-Owned and Disadvantaged Business Enterprises (DBEs): The Department of Transportation (DOT), offers working capital financing and bonding assistance for transportation related contracts. DOT?s Bonding Assistance Program (BAP) offers bid, performance and payment bonds on contracts up to $1,000,000. DOT?s Short-Term Lending Program (STLP) offers lines of credit to finance accounts receivable. Maximum line of credit is $500,000 with interest at prime rate. For further information about the Bonding Assistance Program, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov.
 
Place of Performance
Address: Project is located approximately 60 km northeast of Columbia Falls, Montana
 
Record
SN00313338-W 20030430/030428213331 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.